Request for Tenders to establish a Single Supplier Framework Contract for the Provision of Professional ICT Services for Cloud and Hybrid Cloud Resources

The purpose of this tender competition is to establish a Single Party Framework Agreement for the provision of professional ICT Service for Cloud and Hybrid Resources. Once established, it is intended that the Framework Agreement will eliminate duplication of effort in the procurement of external ICT resources when required. It …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72100000 Servicios de consultoría en equipo informático, 72200000 Servicios de programación de software y de consultoría, 72300000 Servicios relacionados con datos, 72400000 Servicios de Internet, 72500000 Servicios informáticos, 72600000 Servicios de apoyo informático y de consultoría, 72700000 Servicios de red informática, 72800000 Servicios de ensayo y auditoría informáticos, 72900000 Servicios de copia de seguridad y de conversión informática de catálogos
Plazo:
15 de octubre de 2025 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Request for Tenders to establish a Single Supplier Framework Contract for the Provision of Professional ICT Services for Cloud and Hybrid Cloud Resources
Organismo adjudicador:
Department of Housing Local Government and Heritage
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Department of Housing Local Government and Heritage
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tenders to establish a Single Supplier Framework Contract for the Provision of Professional ICT Services for Cloud and Hybrid Cloud Resources
Description : The purpose of this tender competition is to establish a Single Party Framework Agreement for the provision of professional ICT Service for Cloud and Hybrid Resources. Once established, it is intended that the Framework Agreement will eliminate duplication of effort in the procurement of external ICT resources when required. It will also facilitate a decrease in procurement timelines over the term of the Framework Agreement. It will also provide an efficient procurement mechanism for an anticipated increase in the requirement for Cloud and Hybrid resources over the next three to four years.
Procedure identifier : 7c9f8ce7-f71b-4dea-b5d4-70b7a5ce3505
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 13 500 000 Euro
Maximum value of the framework agreement : 13 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tenders to establish a Single Supplier Framework Contract for the Provision of Professional ICT Services for Cloud and Hybrid Cloud Resources
Description : The purpose of this tender competition is to establish a Single Party Framework Agreement for the provision of professional ICT Service for Cloud and Hybrid Resources. Once established, it is intended that the Framework Agreement will eliminate duplication of effort in the procurement of external ICT resources when required. It will also facilitate a decrease in procurement timelines over the term of the Framework Agreement. It will also provide an efficient procurement mechanism for an anticipated increase in the requirement for Cloud and Hybrid resources over the next three to four years.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 13 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 03/10/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 15/10/2025 12:00 +01:00
Deadline until which the tender must remain valid : 120 Day
Information about public opening :
Opening date : 15/10/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Department of Housing Local Government and Heritage
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Department of Housing Local Government and Heritage
Organisation processing tenders : Department of Housing Local Government and Heritage

8. Organisations

8.1 ORG-0001

Official name : Department of Housing Local Government and Heritage
Registration number : 0000
Postal address : Newtown Road
Town : Wexford
Postcode : Y35 AP90
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +53 9117551
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : e74cf205-6919-4d26-ad85-91a3435b55bb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 17:08 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00594622-2025
OJ S issue number : 174/2025
Publication date : 11/09/2025